Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

99 -- Firing Range for Dallas, TX

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSTS07-07-r-0047
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with TSA Transportation Security Administration Acquisition Management System (TSAAMS) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSTS07-07-R-0047, which is issued as a Request for Proposal (RFP). This requirement will be an UNRESTRICTED acquisition. The proposed contract will be for one (1) base year and four (4) one year options. The North American Industry Classification Code (NAICS) is 611699. Services anticipated to begin on or about October 1, 2007. The Department of Homeland Security (DHS) has a requirement for a firearms range to conduct mandatory requalifications and other firearms training. The range shall be located within a 15 mile radius of the Dallas-Ft. Worth Airport.. The proposed range must meet the following standards to qualify for consideration: One (1) live-fire firearms range (covered or all-weather is optimal) a. Not less than 12 but 24 firing points (optimal) b. Must have 7 yard line capability. The range must have distinct shooting positions ( i.e. concrete or blacktop sidewalks) for the1.5, 3, 7, 15 and optimally 25-yard lines. c. Firearm cleaning area is desired. (optimal.) d. Must have sufficient space for two 10x20ft trailers or Conex type storage containers. The proposed ranges must meet various standards to qualify. The contractor must make the range available exclusively to the inspectors/officer of DHS in accordance with times specified in the attachment, ?Locations ? Schedule Requirements?. ? The designated range area must be closed to the public during the corresponding hours of use. ? The range must have parking available for up to 25 vehicles. ? The range must have male/female washroom/restroom facilities in proximity ? The range may be indoor or outdoor but optimally provide coverings for all weather shooting conditions. ? The range must possess a minimum of 12 firing points but 24 firing points is optimal. ? The range must have distinct shooting positions ( i.e. concrete or blacktop sidewalks) for the 1.5, 3, 7, 15 and 25-yard lines. ? The range must be able to accommodate low light/night fire drills on all days scheduled. ? The range must possess target base stands that are compatible with 1?X 2? fir strips to hold the targets or remote controlled turning targets compatible to fit various target sizes. ? Any covering supports, barricades or barricades holders on the range shall be constructed of a material that does not deflect/ricochet rounds that inadvertently strike it. (Example: wood). ? The range must be able to accommodate all handgun calibers, and optimally 12 ga. Slug and 12 ga. 00 Buckshot, hollow point rifle rounds and frangible ammunition for steel targets. ? The range rules cannot disallow movement between firing points or restrict movement-oriented firearms training by students (i.e. standing to kneeling transitions.). ? The range rules cannot disallow students from drawing and firing from the holster or students turning and then drawing and firing from the holster. ? The range rules cannot disallow students from multiple and rapid-fire drills. ? The range rules cannot disallow a student from moving in front of the firing points with an instructor present, (i.e., tactical move and shoot type drills). ? ? The range must have proper drainage control as well as a safe usable all weather surface during rainy conditions, (i.e. pea gravel, blacktop, concrete). ? The range must have a structure to provide shade and rain protection for up to 25 students plus six instructors. ? The range must have electrical outlets at the structure site. ? Indoor ranges must possess a ventilation system that conforms to existing OSHA standards. ? The range must be available on a daily basis Monday through Friday and also include the ability to schedule on weekends or holidays. The range must have the ability to shoot night fire drills and provide sufficient lighting. The estimated number of rounds fired per quarter is 94,000. ? DHS will have priority scheduling as long as it is done 30 days in advance. DHS personnel will use the range an average of 8 days per month (twice weekly) for 4 hours each day for a 24 point range or 8 days per month (twice weekly) for 8 hours each day for a 12 point range. Approximately 7,200 rounds are anticipated to be shot per week. The proposals set forth shall price a minimum of 104 days per year (twice weekly for 52 weeks). The proposed contract will be for one (1) base year and four (4) one-year options. Offerors shall submit pricing for all range requirements. Pricing must be quoted on a daily basis for aforementioned 104 days. Pricing for the base year and 4 term option years must be submitted. Invoices shall be submitted no more than once a month. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in TSA Acquisition Management Systems (TSAMMS). The following provisions apply to this solicitation. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at http://www.tsa.gov/public/display?theme=84&content=090005198001349. The provisions of 3.2.2.5-1 Instructions to Offerors ?Commercial Items (August 2002) and the clauses 3.2.2.5-4 Contract Terms and Conditions-Commercial Items (February 2003) and 3.2.2.5-2 Evaluation-Commercial Items (August 2002) apply to this acquisition. At a minimum, offerors? proposals shall include the following sections: Qualification Statement, Past Performance reference, and Price. Evaluation factors include the following: (a) Technical Factors (1) Qualifications?Offerors? shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. However, DHS reserves the right to visit proposed site(s) to verify that the range(s) meet minimum qualifications. (2) Past Performance History: The offeror(s) proposal shall include a minimum of two (2) past performance references for similar services the offeror has provided. One of these references must be a law enforcement entity. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. (b) Pricing Factors Offerors shall provide pricing to cover a 1-year base period and four (4) one year options. Pricing shall be submitted on a per day basis. All evaluations factors, when combined, are more important than price. The government will award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register at the CCR website: www.ccr.gov. Offerors must include a completed copy of TSA Acquisition Management System (TSAAMS) Provisions at 3.2.2.5-3 Offeror Representations and Certifications-Commercial Items (February 2003). Note: For a copy of this provision, please contact Doretta Chiarlone, Contract Specialist @609-909-5732). Clause 3.2.2.5-5 Commercial Items-Contract Terms & Conditions Required to Implement Statutes or Executive Orders (August 2002) is hereby incorporated by Reference; the following subparagraphs are applicable: (13) Equal Opportunity for Special Disabled Veterans, (16) Child Labor-Cooperation with Authorities and Remedies and (24) Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses are also included by reference: 3.6.2-2 Convict Labor (April 1996), 3.6.2-5 Prohibition of Segregated Facilities (February 2003), 3.6.2-9 Equal Opportunity (August 1998), 3.6.2-13 Affirmative Action for Workers with Disabilities (April 2000), 3.6.2-14 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (January 1998), 3.2.4-35 Option to Extend the Term of the Contract (February 2003)(should Government exercise option years)(Note: fill ins are 15 days and 5 years). Contractors are reminded that in accordance with subparagraph (p) (February 2003), ?Other Compliances? contained within 3.2.2.5-4 , the successful contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract. Additionally, offerors are advised that the following clause will pertain to any contract award: ?Release of Information? ? The Contractor shall not disclose, advertise, or release information without prior written approval from the Contracting Officer. Invoicing will be permitted to once a month and should be submitted in accordance with applicable provisions of Clause 3.2.2.5-4 which has been incorporated by reference herein. Questions concerning this combined synopsis/solicitation must be furnished in writing or by e-mail to: Doretta.F.Chiarlone@secureskies.net or at fax number (609)625-4106. Your questions must be in writing and be e-mailed or faxed in sufficient time to be received by the Contracting Officer on or before Monday, July 9, 2007, 3:00 PM EASTERN STANDARD TIME. The date and time for the submission of proposals is Friday July 13, 2007, 3:00 PM EASTERN STANDARD TIME. Proposals shall be in writing and be signed, shall reference the RFP Number HSTS07-07-R-0047, and shall be sent to the attention of Doretta Chiarlone, Contracting Officer, William J. Hughes Technical Center, Bldg 202, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via fax or e-mail provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone @ (609) 909-625-4106.. E-mailed proposals can be e-mailed to Doretta.F.Chiarlone@secureskies.net
 
Place of Performance
Address: Dallas, TX
Zip Code: 75019
Country: UNITED STATES
 
Record
SN01318766-W 20070616/070614220632 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.